Status Report

NASA Request for Information – ICE Clouds and Land Elevation Satellite ICESAT-2 Spacecraft

By SpaceRef Editor
March 30, 2009
Filed under , ,

Synopsis – Mar 27, 2009

General Information

Solicitation Number: RFI-ICESAT-2-SPACECRAFT
Posted Date: Mar 27, 2009
FedBizOpps Posted Date: Mar 27, 2009
Recovery and Reinvestment Act Action: No
Original Response Date: Apr 17, 2009
Current Response Date: Apr 17, 2009
Classification Code: 18 — Space vehicles
NAICS Code: 336414 – Guided Missile and Space Vehicle Manufacturing

Contracting Office Address

NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771

Description

THIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE

This Request for Information (RFI) is intended to identify potential interest in conducting studies for the Ice, Clouds, and Land Elevation Satellite-2 ICESat-2 Spacecraft. Attachment A provides a description of the project and options under consideration.

This RFI does not obligate the U.S. Government to a future procurement. Furthermore, all effort performed in response to this RFI shall be financed by the vendor. The U.S. Government will not reimburse the vendor for any effort completed under this RFI. Although not obligated to a future procurement, it is anticipated that a future spacecraft would be procured under a contract to be awarded next fiscal year.

The U.S. Government will protect all proprietary information received from the vendors, and distribution of any material will be based on strict need-to-know basis.

RFI Response Content Instructions:

For planning purposes, we are requesting that the responses to this RFI include the following information:

Section 1 – Description of company capabilities and experience designing and building the spacecraft, performing observatory-level integration and environmental testing as well as providing launch support, and mission operations similar to the ICESat-2 mission.

Section 2 – Description of payload accommodation on recommended spacecraft to include: choice of heritage spacecraft; mission unique modifications required; performance margins; mission unique integration and test (I&T) provisions such as alignment and cleanliness; sketches of Payload mounting configuration and fields of view.

Section 3 – Description of capabilities of recommended spacecraft, performance options, previous flight heritage, expected radiation environment, and compatibility launch vehicle compatibility with EELV, Taurus 2 and Falcon 9 vehicles.

Section 4 – ROM cost estimate, funding profile, and schedule for spacecraft and observatory implementation through I&T to shipment to the launch site; launch site and launch operations; on-orbit checkout and government acceptance.

Section 5 – Description of key technical, schedule and price drivers and options to mitigate risks and/or trades for reduction in overall mission cost.

Section 6 – Mission Unique Discussions:

Please address the following specific items/concerns:

a) Recommended spacecraft redundancy given the ICESat-2 mission concepts b) The Instrument Team believes that redundant Spacewire links should be used to provide command telemetry and science data interfaces. Discuss the trade-offs on the spacecraft side to using Spacewire and using Spacewire as the sole interface. c) The Project is required to implement command authentication on the command uplink to support Space Asset Protection Requirements (GPD 7120.1A). Please discuss how you would implement this requirement. d) Approach for meeting pointing requirements. In addition, discuss approach and considerations if the IRU units are Contractor provided to the instrument provider for integration and testing on the instrument optical bench e) Considerations for power subsystem given laser requirements at End Of Life (EOL) f) Launch vehicle options and considerations. Discuss approach and considerations for compatibility to multiple launch vehicles g) Considerations of the spacecraft design/integration for each mission concept outlined in Attachment A

Any questions regarding this RFI should be addressed to: Douglas McLennan, ICESat-2 Project Manager, 301-614-5413, email Douglas.D.McLennan@nasa.gov. Questions regarding technical information may be addressed to Joy Henegar-Leon, ICESat-2 Systems Engineer, 301-286-8415, email Joy.M.Henegar-Leon@nasa.gov.

Please submit responses in accordance with the above RFI Response Content Instructions no later than April 17, 2009. Responses may be sent via electronic mail (in either Microsoft Word or ADOBE PDF format), regular mail, or fax. Electronic responses may be sent to Douglas.D.McLennan@nasa.gov or Joy.M.Henegar-Leon@nasa.gov; Regular mail or fax responses may be sent to NASA/GSFC, Attn: Ann Kearney, Code 210.5, Bldg. 22, Room 126, 8800 Greenbelt Road, Greenbelt, MD 20771; FAX 301-286-5373.

An ombudsman has been appointed — See NASA Specific Note “B”.

The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 It is the offeror’s responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Ann L. Kearney
Title: Contracting Officer
Phone: 301-286-4842
Fax: 301-286-5373
Email: ann.l.kearney@nasa.gov

SpaceRef staff editor.